Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2006 FBO #1650
SOURCES SOUGHT

Y -- Supply stone for construction civil works projects in Southern Louisiana, expected to include, but not limited to, heavy construction work for rock placement for levee/floodwall armoring, foreshore dike construction, stone armoring, etc.

Notice Date
6/1/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-S-S002
 
Response Due
6/12/2006
 
Archive Date
8/11/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-06-S-S002. The NAICS code for this proposed acquisition is 237990. Federal Supply Code is Y299. Business size standard is $31.0 million. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized to obtain the serv ices. The U.S. Army Corps of Engineers, New Orleans District , solicits a capability statement from all qualified contractors to provide the supplies listed below. Work will include supply of stone for construction civil works projects in Southern Louisiana, that are expected to include, but not limited to, heavy construction work for rock placement for levee/floodwall armoring, foreshore dike construction, stone arm oring, etc. All stone supplied shall be a hard, durable material. Stone shall be of a suitable quality to ensure permanence in the structure and in the climate in which it is to be used. It shall be free from cracks, seams and other defects that would t end unduly to increase its deterioration from natural causes. The inclusion of objectionable quantities of dirt, sand, clay and rock fines will not be permitted. Neither the width nor thickness of any piece shall be less than one third of its length. Th e faces of individual pieces of stone shall be roughly angular, not rounded in shape. Field stone, rectangular block stone, slabs, and rounded boulders will not be accepted. The Government will make tests to assure the acceptability of the stone. The te sts to which the stone may be subjected will include petrographic analysis, specific gravity, abrasion, unit weight, absorption, wetting and drying, freezing and thawing and such other tests as may be considered necessary by the Contracting Officer. Stone that weighs less than 155 pounds per cubic foot or has more than 2 percent absorption will not be accepted unless other tests and service records show that the stone is satisfactory. The saturated surface dry (SSD) density and absorption shall be determi ned in accordance with ASTM C 127. Various stone gradations may be required, most prominently ranging from a top stone size of 650-pounds to 5,000-pounds. Rock sizes outside this range could also be required ranging from the extremes of crushed stone (4 topsize) to 4-ton top stone size. Accomplishment of this mission is anticipated to include, but is not limited to, general supply capabilities via a rapid response program. All interested contractors with the capabilities necessary to meet or exceed the stated requirements are invited to submit a Capability Statement consisting of: 1) Firms name, address, telephone and FAX numbers. 2) Past Experience  describe completed projects that are similar in size and scope to the proposed projects, the percentage of self-performed work, how th e project was accomplished and performance rating for the work. Include any projects that you have completed that have had short performance periods with expedited schedules. Include POC information. 3) Letter from a bonding agency indicating your perfo rmance and payment bond capacity, 4) Limits on stone gradations that can be provided, 5) Production Rates for stone delivery, 6) means of available stone transport, and 7) Lead time needed for stone transport (As required for any specific gradation). The C apabilities Statement for this sources sought is not expected to be a proposal, but rather a short statement regarding the companys ability to demonstrate existing or developed expertise and experience in relation to the areas specified herein. Any exist ing marketing material may also be submitted with the Capabilities Statement. IMPORTANT: Responses must be limited to no more than 10 pages. Submission of Capabilities Statement is not a prerequisite t o any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or are not submitted within the allotted time will not be considered. E lectronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to: Jane.B.Kulick@mvn02.usace.army.mil or faxed to 504-862-2889, Attn: Jane B. Kulick. Responses must be received no later than 12 June 2006 by 2:00 P.M., CST.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01060758-W 20060603/060601221010 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.